You are on page 1of 20

OIL INDIA LIMITED

(A Govt. of India Enterprise)


Rajasthan Project, Jodhpur – 342005, Rajasthan

Telephone No. (91-291) 2729472


Fax No: (91-291) 2727050
Email: anitadam@oilindia.in; erp_mm@oilindia.in

Tender No. & Date : SJG6860P18

Tender Fee : INR 6,000/- OR USD 100

Bid Security Amount : INR 1,50,000/- OR USD 2,350


Bid Security Validity : 210 days from bid closing date

Tender sale period : 12.01.2018 to 06.02.2018

Bidding Type : SINGLE STAGE TWO BID SYSTEM

Bid Closing on : 13.02.2018 ( at 11.00 Hrs. IST )


Technical Bid Opening on : 13.02.2018 ( at 15.00 Hrs. IST)

Performance Guarantee : Applicable @ 10% of purchase order value.

OIL INDIA LIMITED invites Global Tenders for items detailed below:

Item Material Description QTY. UOM


No./Mat.
Code
10 SUPPLY OF GATE VALVE, HAND WHEEL OPERATED, 25 Nos.
50 MM (2") NB, W.P 210 KG/SQ.CM, ANSI 900 CLASS
AS PER THE FOLLOWING ANNEXURE :

a) Detailed Specification – Annexure - I.

b) Bid Evaluation Criteria – Annexure - II.

c) Technical and Commercial Check List vide


Annexure - III

Special Notes :

1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as
per Booklet No. MM/RP/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including
Amendments & Addendum to “General Terms & Conditions” for e-Procurement uploaded
along with the tender.

2.0 Technical Check list and Commercial Check list are furnished vide Annexure – III.
Please ensure that both the check lists are properly filled up and uploaded along with
“Techno-commercial Unpriced Bid”.

E-Tender No. SJG6860P18 Page 1 of 20


3.0 The items covered by this enquiry shall be used by Oil India Limited in the
PEL/ML areas which are issued/renewed after 01/04/99 and hence Nil Customs Duty
during import will be applicable. Indigenous bidder shall be eligible for Deemed Export
Benefit against this purchase. Details of Deemed Export are furnished vide Addendum to
MM/RP/GLOBAL/E-01/2005 attached. However, Indian bidders will not be issued
Recommendatory Letter.

4.0 Please note that all tender forms and supporting documents are to be submitted
through OIL’s e-Procurement site only except following documents which are to be
submitted manually in sealed envelope super scribed with Tender no. and Due date to
The DGM(M&C), Materials & Contracts Department, Oil India Limited, Rajasthan
Project, 2A-Saraswati Nagar, Basni, Jodhpur - 342005, Rajasthan on or before 11:00
Hrs (IST) on the Bid Closing Date mentioned in the Tender.

a) Original Bid Security .


b) Details Catalogue and any other document which have been specified to
be submitted in original.

All documents submitted in physical form should be signed on all pages by the
authorised signatory of the bidder and to be submitted in triplicate.

5.0 In case of SINGLE STAGE-TWO BID SYSTEM, bidders shall prepare the “Techno-
commercial Unpriced Bid” and “Priced Bid” separately and shall upload through
electronic form in the OIL’s e-Tender portal within the Bid Closing Date and Time
stipulated in the e-Tender. The “Techno-commercial Unpriced Bid” shall contain all
technical and commercial details except the prices which shall be kept blank. Details of
prices as per Price Bid Format / Commercial Bid to be uploaded as attachment in the
Attachment Tab “Notes and Attachments”.

Please ensure that Technical Bid / all technical related documents related to the tender
are uploaded in the RFx Information > Technical Attachment only. The “TECHNO-
COMMERCIAL UNPRICED BID” shall contain all techno-commercial details except the
prices. Please note that no price details should be uploaded in “Technical
Attachments” Tab Page .

Details of prices as per Price Bid format/Priced bid to be uploaded under “Notes &
Attachments” tab. A screen shot in this regard is shown below. Offer not complying with
above submission procedure will be rejected.

E-Tender No. SJG6860P18 Page 2 of 20


On “EDIT” Mode- The above screen will appear. Bidders are advised to Upload “Techno -
Commercial Unpriced Bid” and “Priced Bid” in the places as indicated above:
*The “Techno-Commercial Unpriced Bid” shall contain all techno commercial
details except the prices.

** Please follow the instructions as per Vendor User Manual for Uploading Price
under “Notes and Attachment” or “Condition”

6.0 Bidders are requested to examine all instructions, forms, terms and specifications
in the bid. Failure to furnish all information required as per the bid or submission of
offers not substantially responsive to the bid in every respect will be at the bidders risk
and may result in the rejection of its offer without seeking any clarifications.

7.0 Other terms and conditions of the tender shall be as per “General Terms &
Conditions” for e- Procurement as per Booklet No. MM/RP/GLOBAL/E-01/2005 for E-
procurement (ICB Tenders) and its amendments. However, if any of the Clauses of the
Bid Evaluation Criteria (BEC) mentioned here contradict the Clauses in the “General
Terms & Conditions” for e-Procurement as per Booklet No. MM/RP/GLOBAL/E-01/2005
for E-procurement (ICB Tenders) of the tender and/or elsewhere, those mentioned in this
BEC shall prevail. With reference to clauses towards Bid Security and Performance
Security in MM/RP/GLOBAL/E-01/2005, the following shall be applicable in connection
with the Bank Guarantee.
(i) Bank Guarantee issued by a Scheduled Bank in India at the request of some other
Non-Scheduled Bank of India shall not be acceptable.

8.0 The Integrity Pact is applicable against this tender .OIL shall be entering into an
Integrity Pact with the bidders as per format enclosed vide Annexure XII of the tender
document. This Integrity Pact proforma has been duly signed digitally by OIL’s competent
signatory. The proforma has to be returned by the bidder (along with the technical bid)
duly signed (digitally) by the same signatory who signed the bid, i.e., who is duly
E-Tender No. SJG6860P18 Page 3 of 20
authorized to sign the bid. Uploading the Integrity Pact with digital signature will be
construed that all pages of the Integrity Pact has been signed by the bidder’s authorized
signatory who sign the Bid. If any bidder refuses to sign Integrity Pact or declines to
submit Integrity Pact with the offer, their bid shall be rejected straightway.
OIL’s Independent External Monitors at present are as under:

1. SHRI RAJIV MATHUR, IPS (Retd.),


E-mail : rajivmathur23@gmail.com

2. SHRI SATYANANDA MISHRA, IAS(Retd.)


E-Mail ID : satyanandamishra@hotmail.com

3. SHRI JAGMOHAN GARG, Ex-Vigilance Commissioner, CVC


E-Mail id : jagmohan.garg@gmail.com

9.0 GUIDELINES FOR PARTICIPATING IN OIL’S E-PROCUREMENT:


9.1 To participate in OIL’s E-procurement tender, bidders should have a legally valid
digital certificate of Class 3 with Organizations Name having encryption/decryption
certificate as per Indian IT Act from the licensed Certifying Authorities operating under
the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of
India (http://www.cca.gov.in). Digital Signature Certificates having “Organization
Name” field as “Personal” are not acceptable.

9.2 Bidders must have a valid User ID to access OIL e-Procurement site for submission
of bid. Vendors having User ID & password can purchase bid documents on-line
through OIL’s electronic Payment Gateway. New vendor shall obtain User ID &
password through online vendor registration system in e-portal and can purchase bid
documents subsequently in the similar manner.

9.3 Parties shall be eligible for accessing uploading of their bid in E-portal after receipt of
the requisite cost of the bidding document.

10.0 GST Clause: Please refer to Annexure – GST.

11.0 Purchase Preference (Linked to Local Content) shall be applicable against this
tender. Please refer to Annexure-PP-LC.

(Anita Dam)
DGM(M&C)
For CGM-Services(RP)
For Executive Director(RP)

*****

E-Tender No. SJG6860P18 Page 4 of 20


ANNEXURE – I

SCOPE OF SUPPLY :
SUPPLY OF GATE VALVE, HAND WHEEL OPERATED, 50 MM (2") NB,
W.P 210 KG/SQ.CM, ANSI 900 CLASS.

QUANTITY : 25 Nos.
______________________________________________________________________________

TECHNICAL SPECIFICATIONS :
Gate Valve, hand wheel operated, 50.8 mm (2") NB, ANSI 900 Class, full bore, on- rising
stem, bolted bonnet, double disc parallel expandable gate with Parallel seating
arrangements, RTJ, Flanged end, complete with weld neck type RTJ companion flanges
as per ASME B 16.5, ring joint gasket, stud and nuts. The valve should have back
seating arrangement.

Manufacturing and inspection standards of the Valve should be as per API 6D.

The valve is required for use in Natural Gas service containing 30% CO2, therefore the
minimum requirement will be as under

• Inlet/Outlet Connection: 2"x 5000PSI (RTJ),


• Body Material: ASTM A351 CF8M
• Bonnet: ASTM A351 CF8M
• Bonnet Gasket: 316 + Graphite
Backseat bushing: ASTM A351 CF8M
• Gate & Segment: ASTM A351 CF8M; SURFACE TREATMENT: QPQ
• Stem: ASTM A182 F316
• Seat Assembly: ASTM A351 CF8M
• Studs/Nuts: ASTM A 193 B8M and ASTM A 194 8M
• Stem nut: ASTM A439 D2
• Eyebolt pin: 316ss
• Gland eyebolt: ASTM A193 B8M
• Eyebolt nut: ASTM A194 8M
• Gland: ASTM A182 F316
• Gland flange: ASTM A351 CF8M
• Face to Face length: ASME B16.10
• Material class CC (General Service) TRIM CODE: T23

SPECIAL NOTES TO BIDDERS

1.0 SCOPE: All valves shall be manufactured and supplied in accordance with the Latest
Edition of American Petroleum Institute (API) Specification 6D, with additions and
modifications as indicated in the following sections of this specification.

2.0 REFERENCE DOCUMENTS:


2.1 Reference has also been made in this specification to the latest edition of the
following codes, Standards and Specifications.
o API 6D
o ASTM A# 370 - Standard Test Methods and Definitions for Mechanical Testing of Steel
Products.
o MSS-SP-6 - Standard Finishes for Contact Faces of Pipe Flanges and Connecting end
Flanges of Valves and Connecting end Flanges of Valves and Fittings.

E-Tender No. SJG6860P18 Page 5 of 20


2.2 In case of conflict between the requirements of this specification, API 6D and the
Codes, Standards and specifications referred in clause 2.1 above, the requirements of
this specification shall govern.

3.0 MATERIALS:
3.1 Material for major components of the valves shall be as indicated in specification
mentioned. In addition, the material shall also meet the requirements specified herein.
Other components shall be as per Manufacturer's standard, which shall be subject to
approval by Purchaser.

3.2 Valve design shall meet the requirements of API specification 6D


3.3 The manufacturer shall have valid license to use API monogram on valves
manufactured as per API 6D.
3.4 Valves shall be full bore through conduit having solid gate construction having
flange end.

3.5 Valves should be having solid gate construction with floating seat and parallel
expanding gate with replaceable seat, non-rising stem supported on two thrust
bearings, seat arrangement with plastic packing.
3.6 Valves should have grease injecting port, bolted bonnet, RTJ flanged end.
3.7 Valves should be complete with RTJ companion flanges (SS) as per ASME B16.5
3.8 Valves shall be provided with vent and drain connections.
3.9 Valve design shall ensure repair of stem seals / packing under full line pressure.
3.10 Valve shall be provided with ring joint gasket stud and nuts.
3.11 Valves shall be suitable for either buried or above ground installation
3.12 The valve body castings and forging are to be procured from foundries as approved
by M/s EIL or M/s Lloyds only.
3.13 Metallurgy, Manufacturing, Q.C, Material testing and marking of VALVES must
confirm to API Specification 6D.
3.14 Material must accompany the test certificate of raw materials used and hydraulic
test.
3.15 The expanding gate is field-replaceable providing a tight mechanical seal that does
not rely on line pressure ensuring seal integrity at both high and low pressures.
3.16 Ring joint gasket should be of SS only.
3.17 Metallurgy of the companion flange should be compatible with the valve as
mentioned.

4.0 INSPECTION AND TESTS:


The manufacturer shall also ensure that all inspection and tests are carried out as per
requirement of API 6D specifications and relevant codes, prior to shipment, at his works.
Such inspection and tests shall be, but not limited to the following:

4.1 All valves shall be visually inspected.


4.2 Dimensional check on all valves shall be carried out as per API 6D std.
4.3 All valves shall be 100% radiographed.
(i) Radiographic testing of castings on 100% of critical areas in accordance with ASME B
16.34.
(ii) Radiographic testing of castings on 100% of accessible areas. Examination shall be
carried out in accordance with ASME Section V, article 22. The sensitivity, as indicated
by wire penetrometers, shall be 1.5% or better. Acceptance shall be in accordance with
ASME Sec VIII Div-1, appendix 7.
(iii) If Valve Body MOC is forging, Ultrasonic testing of forgings on 100% of surface area
shall be carried out in accordance with ASTM A388.
4.4 Cavity relief testing should be carried out for all (Trunnion Mounted) ball valves.
4.5 Hydraulic test shall be 100% for all valves and test pressure shall be as per API 6D
Spec.
Note: OIL will depute its representative at the vendor's works during manufacturing /
testing stage. Bidder to ensure that OIL representative shall get fair opportunity to
E-Tender No. SJG6860P18 Page 6 of 20
witness the manufacturing of critical component and testing of the valve(s). Party to
inform OIL at least 15 days ahead of such inspection. Inspection will be to OIL's account.
4.6 Valves should be subjected to Hydrostatic Testing after receipt at OIL's warehouse
and in case of any observance of deviation from test reports, supplier will be asked to
depute its Engineer/Technician to witness and repair the same at their own cost.

5.0 THIRD PARTY INSPECTION:


Valve shall be inspected by OIL enlisted Third Party Inspection Agency only.
Manufacturer must forward their Inspection Schedule, considering date of placement of
order as day one in respect of above for inspection by Third Party Inspectorate Agency
along with the offer.
The Scope of Third Party Inspection will be as below and TPI certificates shall be
submitted by the supplier along with material supply.
5.1 To carry out stage wise inspection from procurement of raw materials to assembly to
ensure that proper technique and procedure as per relevant API Standard/ Purchase
order are followed by the manufacturer.
5.2To review heat number wise foundry certificates of castings and material certificates
in order to ensure that the materials used are as per purchase order.
5.3 To ensure that valve body castings are procured from foundries as approved by M/s
EIL or M/s Lloyds only.
5.4 To ensure that different components of the valve conform to purchase order, API 6D
specification and all referred standard, codes and specifications.
5.5 To ensure and check that valves are tested as per API 6D specifications
5.6 To document and issue all inspection certificates.
5.7 To ensure that the valves inspected are fully embossed with API monogram and other
markings as per API 6D specifications.
5.8 To witness hydraulic, pneumatic test for the body and seat on each specified valve as
per API 6D standards.
5.9 To review and check the radiograph films of body and bonnet of all the valves of
desired rating Class and above. Certified radiography film shall be submitted along with
the supplied valves.

6.0 PAINTING, MARKING AND SHIPMENT

6.1 Valve surface shall be thoroughly cleaned, freed from rust and grease and applied
with sufficient coats of corrosion resistant paint.
6.2 All valves shall be marked as per API 6D. The unit of marking shall be metric except
nominal diameter, which shall be in inches.
6.3 Packing and shipping instructions shall be as per API-6D.
6.4 On packages, following shall be marked legibly with suitable marking ink.
a) OIL's Order Number
b) Manufacturer's Name
c) Valve size and rating
d) Tag Number
e) Serial Number
5.5 Valve ends shall be suitably protected to avoid any damage during transit. All
threaded and machined surfaces subject to corrosion shall be well protected by a coat of
grease or other suitable material. All valves shall be provided with suitable protectors for
flange faces, securely attached to the valves. Bevel ends shall by protected with metallic
or high impact plastic bevel protectors.

7.0 DOCUMENTS TO BE SUBMITTED DURING BID:

The following documents are required to be submitted at the time of bidding:


7.1 Valid API 6D certificates
7.2 Details sectional arrangement drawing showing all parts with reference numbers,
materials specification.

E-Tender No. SJG6860P18 Page 7 of 20


7.3 Assembly drawing with detailed dimensions of bonnet, hand wheel stem, yoke etc.
Drawing shall also indicate the number of turns of hand wheel (in case of gear operators)
required for operating the valve from full open to full close position and the painting
scheme. Complete dimensional details of support foot (where applicable) shall be
indicated in these drawings. NOTE: All valves of similar size, type and pressure rating
will have same casting pattern, bonnet design, height and overall dimensions.
7.4 Point wise compliance of NIT requirements. Deviations from the NIT, if any must be
highlighted with documentation.
7.5 Technical catalogue / literature of the valves.
7.6 Testing and quality control procedures / ITP / QAP.
7.7 Supplier of valves has to get drawings supplied against 7.3 above approved before
carrying out fabrication of the valves, in case PO is placed on them.

8.0 SUBMISSION OF DOCUMENTS ALONG WITH SUPPLY OF VALVES.

The manufacturer must submit the following along with the supply of the valves:

8.1 All test reports and certificates as required by API 6D specifications.


8.2 Mill test certificates relevant to the chemical analysis and mechanical properties of
the materials used for the valve construction as per the relevant standards.
8.3 Test certificate of hydraulic test complete with records of timing and pressure of each
test carried out.
8.4 TPI certified radiograph films of all the valves.
8.5 Above mentioned certificates shall be valid only when signed by Purchaser's Third
party Inspection agency. Only those valves which have been certified by Purchaser's
Third party Inspection agency shall be dispatched from Manufacturer's works.

9.0 General Notes :


(a) The items shall be brand new, unused & of prime quality. The manufacturer shall
warrant (in the event of an order) that the product supplied will be free from all defects &
fault in material, workmanship & manufacture and shall be in full conformity with
ordered specifications. This clause shall be valid for 18 months from date of shipment or
12 months from date of commissioning of the items whichever is earlier. The defective
materials, if any, rejected by OIL shall be replaced by the supplier at their own expense.
Bidders must confirm the same in their quotations.

(b) Any deviation(s) from the tender specification should be clearly highlighted specifying
justification in support of deviation.

(c) Offers shall be complete in all respects and all the items/equipment as specified in the
tender must be included in the offer. Offers deemed to be incomplete shall be liable for
outright rejection.

(d) Priced bids of only those bidders will be opened whose offers are found techno-
commercially acceptable. The acceptable bidders will be informed before opening of the
"priced bid".

(e) Valves are being a item of critical nature with respect to it’s function and safety
aspect, no Purchase Preference/Price Preference will be applicable to MSE/SSI Units.

(f) To ascertain the substantial responsiveness of the bid OIL reserves the right to
ask the bidder for clarification in respect of clauses covered under BEC also and such
clarifications fulfilling the BEC clauses in toto must be received on or before the deadline
given by the company, failing which the offer will be summarily rejected.

***
E-Tender No. SJG6860P18 Page 8 of 20
ANNEXURE – II
BID EVALUATION CRITERIA(BEC)

The bids shall in general conform to the specifications and terms and conditions given in
the tender. Bids shall be rejected in case the goods offered do not conform to the required
minimum/maximum parameters stipulated in the technical specifications and to the
respective international / national standards wherever stipulated. Notwithstanding the
general conformity of the bids to the stipulated specifications and terms and conditions,
the following requirements will have to be particularly met by the bids, without which the
same will be considered as non-responsive and be rejected.

A. BEC TECHNICAL:

1.0 QUALIFICATION

1.1 The bidder shall be an Original Equipment Manufacturer of API 6D Valves or shall be
an authorized Dealer / Distributor / Agent of an Original Equipment Manufacturer of the
tendered item (API 6D Valves) having valid authorization letter in the form of Certificate
of Dealership / Distributorship / Agency. The valid Authorized Dealer / Distributor/
Agent must submit Authorization Letter along with Technical Bid from the OEM for
bidding against this tender with back-up Warranty, which should be valid as per Tender
Warrantee /Guarantee Terms & Conditions.

1.2 The Original Equipment Manufacturer of the tendered item(s) shall be holding
relevant API Certificate(s) with continuous validity for 5 years preceding original bid
closing date of the tender, and copy of relevant API Certificate(s) shall be submitted by
the Bidder along with the technical bid. For this Bidder should submit the latest Valid
API Certificate(s) along with all the past API Certificate(s) to meet the above criterion.

2.0 EXPERIENCE

2.1 IN CASE THE BIDDER IS AN ORIGINAL EQUIPMENT MANUFACTURER of the


tendered item(s),

2.1.1 The bidder shall have experience of successful execution of past supply for
minimum 50% quantity (to be rounded off to next higher integer) of each tender item of
same or higher size & Pressure Rating of API 6D Valves similar to Tender Valve Data
Sheet indicated in the tender, against valid purchase order / contract awarded in last 5
years preceding the original bid closing date of the tender to upstream, midstream and
downstream Oil & Gas Industry or Service Provider to an E&P company, either by
themselves or through their Dealer / Distributor / Agent for their own (OEM) products.

2.1.2 Bidder to confirm Metallurgy, Manufacturing and Q.C. shall be as per API-6D.

2.1.3 Manufacturer must forward their Inspection Schedule, considering date of


placement of order as day one in respect of above for inspection by Third Party
Inspectorate Agency along with the offer. The third party inspection is to be carried out
by an internationally reputed inspection Agency. OIL'S APPROVED THIRD PARTY
INSPECTION AGENCIES ARE M/s LLODYS, M/s BUREAU VARITAS, M/s TUBOSCOPE
VETCO, M/s RITES, M/s IRS AND M/s DNV. PLEASE REFER CLAUSE 7.9 OF SECTION
- A OF GENERAL TERMS AND CONDITION (MM/RP/GLOBAL/E01/2005). All-inclusive
charges for Third Party Inspection to be indicated

7.0 Bidders are required to forward the related Technical Brochure & Drawings showing
all the major and critical dimensions along with the bids.

Note:

E-Tender No. SJG6860P18 Page 9 of 20


1. Material must accompany the test certificate of raw materials used and hydraulic test.
2. Metallurgy, Manufacturing, Q.C, Material testing and marking of VALVES must
confirm to API Specification 6D
3. API 6D monogram must be embossed on each of the item.
4. Bidder must be authorized to manufacture and test the materials as per API-6D.
5. Bidder should forward a copy of authorization to use API monogram along with the
Offer.

2.2 IN CASE THE BIDDER IS AN AUTHORIZED DEALER / DISTRIBUTOR / AGENT

2.2.1 The OEM shall fulfil the experience criteria mentioned in clause 2.1.1 mentioned
above.

2.2.2 Additionally, the bidder himself shall have experience of successful execution of
past supply for minimum 50% quantity (to be rounded off to next higher integer) each
tender item of same or higher size & Pressure Rating of API 6D Valves indicated in the
tender against valid purchase order / contract awarded in last 5 years preceding the
original bid closing date of the tender, to upstream, midstream and downstream Oil &
Gas Industry or service provider to an E&P company, provided either from the same
OEM or from any other OEM.

2.2.3 The bidder shall obtain authorization certificate from the OEM (in original on
manufacturer's letter head) and submit along with the technical bid. This certificate
should be valid at the time of bidding and should remain valid during the entire
execution period of the order.

2.2.4 The bidder shall furnish undertaking from the manufacturer (in original on
manufacturer's letter head) guaranteeing supply of items to the bidder in the event of an
order on the bidder. This certificate should be valid at the time of bidding and should
remain valid during the entire execution period of the order.

2.2.5 The bid shall be rejected in case of any change of the proposed Original Valve
Manufacturer after submission of the bid.

2.3 The bidder shall submit documents in support of successful execution of past supply
experience and of the OEM, as applicable under clause 2.1.1, 2.2.1 & 2.2.2, as below:

(i) Copy(ies) of detail Purchase Order(s) / Contract document(s) containing Technical


specification, etc. and,
(ii) Performance Bank Guarantee Release Document / Performance Report / Successful
completion of order certificate from Client of the corresponding executed supply and,
(iii) Any one or combination of the following documents, a. Satisfactory Inspection Report
(OR) b. Satisfactory supply completion/Client certificate (OR) c. Bill of Lading, Invoice
etc. (OR) d. Consignee receipt delivery challan (OR) e. Central Excise Gate Pass/Tax
Invoices f. Commercial Invoice/Payment Invoice g. Final inspection release note from
Third Party Inspection Agency

Note: For the purpose of above clause, the date of those purchase order (s) need not be
within five (5) years preceding the bid closing date of the tender, but the date of
execution must fall within the period of five (5) years prior to the original bid closing date
of the tender.

2.4 If the bidder has supply experience of minimum 50% tendered quantity (to be
rounded off to next higher integer) against any or all their offered items (of same or
higher sizes & ratings) to OIL INDIA LIMITED (OIL) during last 5 (five) years preceding to
the original bid closing date of the tender either by themselves or through their sole
selling agents/distributors/dealers/ supply houses and the past performance has been
satisfactory, the bidder need not be required to submit documentary evidences as called
E-Tender No. SJG6860P18 Page 10 of 20
for vide para 2.3 above with respect to those items. In this situation, the bidder must
indicate the Purchase Order Number and Date placed earlier by OIL INDIA LIMITED.
However, for the remaining items of their Bid, the Bidder must submit documentary
evidences thereof as per para 2.3 above.

4.0 The bidder should categorically confirm in the technical bid that, in the event of
order, the tendered items will be supplied within the THREE (03) months from the the
date of placement of order or establishment of LC, without which the bid will be rejected.

5.0 Bidder must accept and comply with the following clauses as given in the Bid
Document, failing which bid shall be rejected:
i) Liquidated Damages
ii) Guarantee of material
iii) Arbitration / Resolution of Dispute
iv) Force Majeure
v) Applicable Laws

6.0 It is the bidder’s responsibility to submit all the relevant valid documents along with
the bid, which categorically complies the requisite criteria mentioned above from Clause
1.0 thru 5.0.
7.0 In a tender, authorized Dealer / Distributor / Agent on behalf of the OEM or OEM
itself can bid but both cannot bid simultaneously for the same item/product in the same
tender.

8.0 If authorized Dealer / Distributor / Agent submits bid on behalf of the OEM, the
same Dealer / Distributor / Agent shall not submit a bid on behalf of another OEM in
the same tender for the same item/product.
9.0 The Bid along with all Technical documents must be submitted/uploaded in English
language.
10.0 Bidders can quote any or all the tendered items for full quantity. Each item of this
tender shall be evaluated independently. However, OIL expects that Bidders to quote for
all the tendered items in full quantity.

B. FINANCIAL EVALUATION CRITERIA:


1.0 The bidder shall have an annual financial turnover of minimum Rs. 37.5 Lakhs
during any of the preceding 03 (Three) financial/accounting years reckoned from the
original bid closing date, irrespective of whether their bid is for all the tendered items or
not.

2.0 "Net Worth" of the bidder should be positive for the financial/accounting year just
preceding to the original Bid Closing Date of the Tender.

3.0 Considering the time required for preparation of Financial Statements, if the last date
of preceding financial/accounting year falls within the preceding six months reckoned
from the original bid closing date and the Financial Statements of the preceding
financial/accounting year are not available with the bidder, then the financial turnover of
the previous three financial/accounting years excluding the preceding
financial/accounting year will be considered. In such cases, the Net worth of the
previous financial/accounting year excluding the preceding financial/accounting year
will be considered. However, the bidder has to submit an affidavit/ undertaking
certifying that 'the balance sheet/Financial Statements for the financial year 2016-17
has actually not been audited so far'.

Note:
a) For proof of Annual Turnover & Net worth any one of the following document must be
submitted along with the technical bid: -

E-Tender No. SJG6860P18 Page 11 of 20


i) A certificate issued by a practicing Chartered Cost Accountant (with Membership
Number and Firm Registration Number), certifying the Annual turnover & Net worth as
per format prescribed in ANNEXURE IV.
OR
ii) Audited Balance Sheet along with Profit & Loss account. In case of foreign bidders,
self-attested/digitally signed printed published accounts are also acceptable.
b) In case the bidder is a Central Govt. Organization/PSU/State Govt.
Organization/Semi-State Govt. Organization or any other Central/ State Govt.
Undertaking, where the auditor is appointed only after the approval of Comptroller and
Auditor General of India and the Central Government, their certificates may be accepted
even though FRN is not available. However, bidder to provide documentary evidence for
the same.

3.1 In case the Audited Balance sheet and Profit Loss Account submitted along with
the bid are in currencies other than INR or US$, the bidder shall have to convert the
figures in equivalent INR or US$ considering the prevailing conversion rate on the date
on which the Audited Balance Sheet and Profit & Loss Account is signed. A CA
Certificate is to be submitted by the bidder regarding converted figures in equivalent INR
or US$.

B) COMMERCIAL CRITERIA
1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote
accordingly under Single Stage Two Bid System. Please note that no price details should
be furnished in the Technical (i.e. Unpriced) bid. The “Unpriced Bid” shall contain all
techno-commercial details except the prices which shall be kept blank. The “Priced Bid”
must contain the price schedule and the bidder’s commercial terms and conditions.
Bidder not complying with above submission procedure will be rejected.

2.0 Original Bid security shall be furnished as a part of the TECHNICAL BID (refer
Clause Nos.9.0 & 12.0 (Section A) of “General Terms & Conditions” for e-Procurement as
per Booklet No. MM/RP/GLOBAL/E-01/2005 for E-procurement (ICB Tenders)). Any bid
not accompanied by a proper bid security in ORIGINAL will be rejected without any
further consideration. A bid shall be rejected straightway if Original Bid Security is not
received within the stipulated date & time mentioned in the Tender and/or if the Bid
Security validity is shorter than the validity indicated in Tender and/or if the Bid
Security amount is lesser than the amount indicated in the Tender.

2.1 For exemption for submission of Bid Security, please refer Clause No. 9.8 (Section
A) of “General Terms & Conditions” for e-Procurement as per Booklet No.
MM/RP/GLOBAL/E-01/2005 for E-procurement (ICB Tenders).

2.2 The Bid Security shall be valid for 210 days from the original bid closing date of
tender.

3.0 Validity of the bid shall be minimum 120 days from Bid closing date. Bids with
lesser validity will be straightway rejected.

4.0 The prices offered will have to be firm through delivery and not subject to variation
on any account. A bid submitted with an adjustable price will be treated as non-
responsive and rejected.

5.0 Bids received after the bid closing date and time will be rejected. Similarly,
modifications to bids received after the bid closing date & time will not be considered.

6.0 Bidders shall quote directly and not through Agents in India. Offers made by
Indian Agents on behalf of their foreign principals will be rejected. Similarly offers from
unsolicited bidders will be rejected.

E-Tender No. SJG6860P18 Page 12 of 20


7.0 Bids containing incorrect statement will be rejected.

8.0 No offers should be sent by E-mail or Fax. Such offers will not be accepted.

9.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new
of recent make and of the best quality and workmanship and shall be guaranteed for a
period of twelve(12) months from the date of receipt and acceptance thereof or 18 months
from the date of despatch whichever is earlier against any defects arising from faulty
materials, workmanship or design. Defective goods/materials or parts rejected by OIL
shall be replaced immediately by the supplier at the supplier’s expenses and no extra
cost to OIL.

10.0 Successful bidder will be required to furnish a Performance Bank Guarantee


@10% of the order value. The Performance Bank Guarantee must be valid for one year
from the date of receipt and acceptance of the material. Bidder must confirm the same in
their Technical Bid. Offers not complying with this clause will be rejected.

11.0 The Technical Bid should be submitted/uploaded along with Integrity Pact duly
signed by the authorized signatory of the bidder. If any bidder refuses to sign Integrity
Pact or declined to submit Integrity Pact with the offer, their bid shall be rejected
straightway.

12.0 Bidders are required to submit the summary of the prices in their commercial bids
as per the Price Bid Format of this tender document.

13.0 EVALUATION OF BID :


The bids conforming to the specifications, terms and conditions stipulated in the enquiry
and considered to be responsive after subjecting to the Bid Evaluation Criteria will be
considered for further evaluation as per the Bid Evaluation process given below:

I. COMMERCIAL :
1.0 The evaluation of bids will be done as per the Price Bid Format.

2.0 If there is any discrepancy between the unit price and the total price, the unit
price will prevail and the total price shall be corrected. Similarly, if there is any
discrepancy between words and figure, the amounts in words shall prevail and will be
adopted for evaluation.

3.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate
declared by State Bank of India, one day prior to the date of price bid opening shall be
considered. However, if the time lag between the opening of the bids and final decision
exceed 3(three) months, then B.C. Selling(Market) rate of exchange declared by SBI on
the date prior to the date of final decision shall be adopted for conversion and evaluation.

4.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be
made as per the details mentioned in the Price Bid Format, subject to
corrections/adjustments if any.

Note: If the Government of India revises these evaluation criteria the same as applicable
on the bid closing date will be adopted for evaluation of the offers.

5.0 Other terms and conditions of the enquiry shall be as per General Terms and
Conditions for Global Tender. However, if any of the Clauses of the Bid Evaluation
Criteria (BEC) mentioned here contradict the Clauses in the General Terms &
Conditions of Global Tender of the tender and/or elsewhere, those mentioned in
this BEC shall prevail.
*****

E-Tender No. SJG6860P18 Page 13 of 20


ANNEXURE -III
CHECK LIST
(A) TECHNICAL
THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER.
PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE
WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE SELECT "Yes"
OR "No" TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

Any difference in specification elsewhere in the tender, the specification of the check list
shall be treated as final.

SN PARAMETERS BIDDER’S REMARK

1. Vendor to confirm that all the items offered are exactly as (to confirm)
per specification, size, material of construction, design &
testing standards etc. wherever applicable as mentioned
in the NIT.
2. Vendor to provide valid API 6 D authorization certificate.

3. Vendor to confirm that delivery of materials will be done


within 3 (three) months after PO placement.
4. Vendor to confirm that the materials will be tested,
inspected and certified by OIL’s approved Third Party
Inspection Agency and inspection report must be
forwarded to us along with the materials as per the NIT.
Vendor to confirm that scope of test and inspection by
OIL's approved third party inspection agency will be as
per NIT.
5. Whether product catalogue submitted (yes / no)

6. Vendor to confirm to provide API monogram on the valve (to confirm)


body as per NIT.

7. Vendor to confirm to provide permanent marks (i.e. (to confirm)


Manufacturer name, Valve Size, Pressure Rating, Serial
No, Manufactured for OIL, OIL PONo) in the valve body as
per NIT.

8. Vendor to confirm that all the material will be thoroughly (yes / no)
cleaned & painted with anticorrosive paint or varnish to
avoid corrosion as per NIT.
9. Vendor to confirm that materials will be guaranteed for (to confirm)
workmanship & performance for a period of 18 months
from the date of receipt at site or 12 months from the
date of commissioning, whichever is earlier and relevant
guarantee certificate in duplicate must be provided along
with the supply.
10. Vendor to confirm that packing and tagging of finished (to confirm)
product for dispatch will be done as per NIT.
11. Whether supporting documents for past supply (to mention
experience as per the BEC clauses of the enquiry (copies document nos.)
of purchase order, bill of lading (BoL), Invoice etc.
submitted ?

12. Any other document submitted along with bid (to furnish detail)

***
E-Tender No. SJG6860P18 Page 14 of 20
ANNEXURE III
CHECK LIST

( B ) COMMERCIAL
THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER.
PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE
WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE SELECT "Yes"
OR "No" TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

Sl# REQUIREMENT COMPLIANCE


1.0 Whether bid submitted under Single Stage Two Bid System? Yes / No
2.0 Whether quoted as manufacturer? Yes / No
Yes / No
2.1 Whether quoted as OEM Dealer / Distributor. To Specify-
2.2 If quoted as OEM Dealer / Distributor, Yes / No
(a) Whether submitted valid and proper authorization letter from
manufacturer confirming that bidder is their authorized Dealer /
Distributor for the product offered ?
(b) Whether manufacturer’s back-up Warranty/Guarantee Yes / No
certificate submitted?
3.0 Whether ORIGINAL Bid Bond (not copy of Bid Bond) as per Revised
Format(Annexure VII Revised) Sent separately? If YES, provide
details
(a) Amount :
(b) Name of issuing Bank :
(c) Validity of Bid Bond :
4.0 Whether offered firm prices ? Yes / No
4.1 Whether quoted offer validity of 120 days from the bid closing date Yes / No
of tender?
4.2 Whether quoted a firm delivery period of 3 months or earlier? Yes / No
4.3 Whether agreed to the NIT Warranty clause? Yes / No
4.4 Whether confirmed acceptance to tender Payment Term? Yes / No

4.5 Whether quoted item rate all inclusive Third Party Inspection Yes / No
charges ?
5.0 Whether confirmed to submit PBG as asked for in NIT? Yes / No
5.1 Whether agreed to submit PBG within 30 days of placement of Yes / No
order/issue of LOA?
6.0 Whether Price submitted as per Price Bid Format ? Yes / No
7.0 Whether quoted as per NIT (without any deviations)? Yes / No
7.1 Whether quoted any deviation? Yes / No
7.2 Whether deviation separately highlighted? Yes / No
7.3 Whether indicated the country of origin for the items quoted? Yes / No
7.4 Whether technical literature / catalogue enclosed? Yes / No
7.5 Whether weight & volume of items offered indicated? Yes / No
8.0 For Foreign Bidders - Whether offered FOB / FCA port of despatch Yes / No
including sea / air worthy packing & forwarding?
8.1 For Foreign Bidders – Whether port of shipment indicated. To Yes / No
specify:
For Foreign Bidders only - Whether indicated ocean freight up to Yes / No
8.2
Kolkata port (Excluding marine insurance ) ?

E-Tender No. SJG6860P18 Page 15 of 20


8.3 Whether Indian Agent applicable ? Yes / No
If YES, whether following details of Indian Agent provided?
(a) Name & address of the agent in India – To indicate
(b) Amount of agency commission – To indicate
(c) Whether agency commission included in quoted material value?

9.0 For Indian Bidders – Whether indicated the place from where the Yes / No
goods will be dispatched. To specify :
9.1 For Indian Bidders – Whether road transportation charges up to Yes / No
Hamira, Rajasthan quoted?
9.2 For Indian Bidders only - Whether offered Ex-works price including Yes / No
packing/forwarding charges?
9.3 For Indian Bidders only - Whether indicated import content in the Yes / No
offer?
9.4 For Indian Bidders only - Whether offered Deemed Export prices? Yes / No
9.5 For Indian Bidders only – Whether all applicable Taxes & Duties Yes / No
have been quoted?
9.0 Whether all BEC clauses accepted ? Yes / No
10.0 Whether Integrity Pact with digital signature uploaded? Yes / No
10.1 Whether all the clauses in the Integrity Pact have been accepted? Yes / No

Signature _______________________
Name _______________________
Designation _____________________

****

E-Tender No. SJG6860P18 Page 16 of 20


ANNEXURE – IV

CERTIFICATE OF ANNUAL TURNOVER & NET WORTH

[TO BE ISSUED BY PRACTISING CHARTERED ACCOUNTANTS' FIRM ON THEIR LETIER HEAD]

TO WHOM IT MAY CONCERN

This is to certify that the following financial positions extracted from the audited
financial statements of M/s... ... ... . ................... (Name of the Bidder) for the last three
(3) completed accounting years upto ................. (as the case may be) are correct.

YEAR TURN OVER NET WORTH


In INR Crores / US$ Million* In INR Crores / US $ Million
*

* Rate of Conversion (if used any): USD 1.00 = INR. ........ .

Place :
Date:

Seal:

Membership No ..

Registration Code:

Signature :

[* Applicable only for GLOBAL tenders.]

***

E-Tender No. SJG6860P18 Page 17 of 20


PRICE BID FORMAT

(A) For FOREIGN BIDDER :

Srl. DESCRIPTION Qty. Unit Rate Total


No. (currency) (currency)
1. Gate Valve, hand wheel operated, 25 No.
50.8 mm (2") NB, ANSI 900 Class,
full bore, on- rising stem, bolted
bonnet, double disc parallel
expandable gate with Parallel
seating arrangements, RTJ,
Flanged end, complete with weld
neck type RTJ companion flanges
as per ASME B 16.5, ring joint
gasket, stud and nuts. The valve
should have back seating
arrangement including Third
Party Inspection(TPI)
2 Packing & FOB Charges

3 FOB Value (1+2)

4 Ocean Freight Charges up to


Kolkata, India
5 Insurance Charges @ 0.5 % of
Total FOB Value vide (3) above
6 Banking Charges @ 1 % of Total
FOB Value vide (3) above in case
of payment through Letter of
Credit. If confirmed L/C at buyer's
account is required, 1.5% of Total
FOB Value will be loaded)
7 CIF Value (3+4+5+6)

8 Landing Charges 1% on(7)

9 CIF Landed Value (7+8)


10 Basic Custom Duty on (9)

11 CIF +CD Landed Value (9+10)

12 IGST on (9)

13 Compensatory Cess on 12, If any

14 CIF+CD+GST Landed Value


(11+12+13)
15 Total value in words(14)
16 Gross Weight of total consignment
:
17 Gross Volume of total
consignment

E-Tender No. SJG6860P18 Page 18 of 20


(B) FOR INDIGENOUS BIDDER :

Srl. DESCRIPTION Qty. Unit Rate Total


No. (currency) (currency)
1. Gate Valve, hand wheel operated, 25 Nos.
50.8 mm (2") NB, ANSI 900 Class,
full bore, on- rising stem, bolted
bonnet, double disc parallel
expandable gate with Parallel
seating arrangements, RTJ,
Flanged end, complete with weld
neck type RTJ companion flanges
as per ASME B 16.5, ring joint
gasket, stud and nuts. The valve
should have back seating
arrangement including Third
Party Inspection(TPI)
2 Packing & Forwarding charges

3 Total Ex works Value (1+2)

4 GST on (3)

5 Compensatory Cess, If any

6 Total FOR Despatching Station·


value (3+4+5)
7 Inland freight Charges up to
Hamira Godown, Jaisalmer
8 GST on (7)

9 Insurance Charges @ 0.5 % of (3)


inclusive of GST
10 Total FOR Hamira, jaisalmer
Value (6+7+8+9)
11 Total value in words (10)
12 Gross Weight of total consignment
:
13 Gross Volume of total
consignment

Comparison of Offers:

1.0 When only foreign bidders are involved:

Comparison will be done on Total value vide SI no 14.

2.0 When both foreign & Domestic bidders are involved:

Comparison will be done on total value vide SI no 14 of foreign bidder and total value
vide SI no 6 of domestic bidder.

3.0 When only domestic bidders are involved:

Comparison will be done on Total value vide SI no 10 of Domestic bidder.

E-Tender No. SJG6860P18 Page 19 of 20


Note:

1. Domestic bidders must quote inland freight charges up to Hamira


store,Jaisalmer(Rajasthan), In case bidder fail to quote inland freight charges, highest
freight quoted by domestic bidder (considering prorated distance) against this tender
shall be loaded to their offer for comparison purpose.

2. The items covered under this enquiry shall be used by OIL in the PEL/ML areas
issued/renewed after 01/04/99 and hence, applicable Customs Duty for import of goods
shall be ZERO. However, GST@ %5 shall be applicable. GST@ 5% shall be applicable for
Indigenous bidders also under deemed export benefit.

3. Other clauses shall be applicable as per MM-RP-GLOBAL-E-01-2005 and Goods &


Service Tax clauses as per GST CLAUSE (ANNEX.-GST) uploaded in Tender.

4. If any of the Clauses of this tender document contradict the Clauses of the booklet
MM-RP-GLOBAL-E-01-2005 for E-procurement (ICB Tenders) elsewhere; those in this
tender document shall prevail.

****

END OF TENDER DOCUMENT

E-Tender No. SJG6860P18 Page 20 of 20

You might also like